ORDER NO. 20893 APPROVAL AND ACCEPTANCE OF EMULSIUTJ OIL BIDS FOR THE ROAD AND BRIDGE DEPARTMENT On this the 27th day of April 1992, upon motion made by Conunissioner Lackey, seconded by Commissioner Oehler, the Court UNANIPSOUSLY APPROVED BY A VOTE OF 4-0-0, to accept the recommendation of the Road and Bridge Administrator, Leonard Odem for the bid of Koch Material; Type CRS-2 @ .45, HFRS-2 @ .50,and MS-1 @ .47, for the Road and Bridge Department. EMULSIONS SPECIFICATIONS AN]~ BID FORM 1. Specifications: Emulsions shall conform to the requirements in Texas Highway Department Standard Specific;ttions, Item 30Q, '1sPhalt, Oils anti Emulsions, CRS - 2h or }•IF~RS - ?., and MS - 1. Bids are to be in cost (in dollars) per gallon, delivered to Kerrville;, Kerr County, Texas, Z. I3id T~'~rm; CRS - 21i $__~~.45_______~Gallon or SRS - 2 $__0~.50_______~Gallon MS - 1 $__0:.47____..__/Gallon I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin June 2, 1992 and be in effect until March 1, 1993. SAO ~ Aeril_9,,,,,,_ 1992 Signature Hate Firm Name and Address: Koch Materials „~~~~__________._ 907 2nd Street __T_______________ Pleasanton, Tx. 78064 _________ Phone: ( 512) 569 - 8731 __ $~~[,, if Corporation Koch Materials Company 907 2nd Street Pleasanton, Tx. 78064 x =y~ `,"` ~ : I®KOCH KOCH MATERIALS COMPANY 907 2nd Street ^ Pleasanton, Texas 78064-3107 TO KERB COUNTY CLERK 700 Main St. Kerrville, Tx. 78028 ~~ DAi A DYE; ~O ~`,/~ only ~,Mm Te+ts (F CQMMI~"'r~?NER_~~--COUI~~I-_~,_~~-~NDA R1=QUEST - - - - - ; ,, '~PEAS~FU~N(Sf-( QNE 0(~ f G i NAI__?~I~~t~ r- f vC coy i f_`~ -~:_~~T -r-~~1 s BEQUEST AND DOCUMENTS TO f~F C~(=VIFWED_FiY T1-1f= c~c~flRT '~,w"=' _-- - ~-~~ +;r (~~! l I ~ ! Road &. Bri ,~ j`1EETf NG DATE: ~~~.~~___~,~~.~ . . SUBJECT: (PLEASE ESE SP[.C I f= i ~' ~ .yA~gregate &' Emulsion Oi.l. E3 id . I II ;; 1?[=f=ERRED: I ..5~.~:_C_f:.~2_~l T1(~ rPr-nmanA -a f-'i r~~.. f r' ~' i L' ,. ~:~ ':3 ~; i:~' ~, !"'~'E~!~UT1 VE SESSION f~[=CLUES-f F~ l , '.'E`_} ----__.. __ ,''1! ~ .....x PLEASE S-1'ATE RE~1S~~N ~.c.cspt.an~e._..af._.Aggz:.~ga-~r~~ &---~m~~s~e~ 8~e~s: ':,. ~ lea,{ ~~~ : 1 ~' ESTIMATED LENGTH OF PRES[=N1-il~i InIJ: _ l~~inut.es_. ,__ .I ERSONNEL MATTER - IJ,~Mf~ 01= EI~11~(01( _._.________ NAME OF PERSON ADDRESSING 1-I-fI~: C'OUR~I': Leon~3,x~s~_ ~' ~ ~ 4.~~' <<. i ~.~~~ ~ Time for submitting this request for Co~~,rl ~-~~ ,>>,ure tli~~l. ~.hc r.:~ ~ hosted f~~ ac~orCz~r~ce ;f ~~ with Article 6252-17 1s as follows: * tleetings held on second Monday: I ?;00 f'.ti. previous 1~lerin~~s~i,~ f`' ~ heetings held on Thursdays; 5:00 (~.('1. ~>re':~I~iis Thrt~;~l,~v -',!S REC?UEST F;ECEI Vf=1~ E'~1': i `~' I S REQUEST R E C E I!% f [1 (~ i~~! ._....---.-__-_-_ _.__ ~ •.11 r,genda Regllesl~ ,vfll f~E~ ~;,:rr'~'~I~'il !~~.~ ~li~~ ,~rl~~~~: .--_ ~nQ~,)~~n Ir~fn(~(71%?rI'~!1 !~ ~~, ! n~'(1 ~f ,'r~ '! ~'ii (r~~. I :, Ir+-i .. ! n~. ` n~n' ~ i~l~. ~ ~',i!~_ i r'~ ~ ~ if i, .. ~ ' ,:k; . ~t. ~;~:: 4 }M^ i _ __-__ ._.__ 1+ i 4 i , .a ~. < MF,MORANDUM TO: Commissioners' ('ourt FROM Leonard ddom, Jr., County Road Administrator DATF• April 27, 1992 RI3• Awarding of Paving Aggregate & Emulsion Oil Bids 'T'he bid prices received for aggregate are as follows: ~m,~v Narne Gra de Bid Price Plant Location Wheatcraft, Inc. 3 $b.25 Hwy 173, East of Kerrville Masters Construction 4 $4.00 Hwy 1340 & I-10 West Wheatcraft, .Inc. 4 $6.65 Hwy 173, East of Kerrville Drymala ~4 $6.60 Comfort Wheatcraft, Inc. 5 $5.00 Hwy 173, East of Kerrville Drymala 5 $6.20 Comfort All gravel bids received are acceptable. In the best interest of the Co unty, I recommend that Kerr County Road & Bridge purchase aggregate at the nearest source to the job that meets specifications. `T'he bid prices received for erntialsic>r- oils are as f't~llcy~r~s° 4~R!D~~r>y Na~e----------...---.__._._..__._..._...-.__.._.._.__.._~~yl?!~....._-..._....._.....__..E~id_ ~~ri.~~..___._..... Texas Fuel & Asphalt Co, Inc CRS -2h 1~1o Bid HFS -2 .4995 MS - ] .4995 Koch Materials CRS - 2 .45 HFRS -2 . S 0 MS -1 .47 Tn the best interest of Kerr County, I recommend that we accept the bid from „_._ Knch Materials. PAVING AGGREGATE!` SPECIFICATt4NS AND Bt® F4RM 1. Specifications: Paving aggregates shall conform to the requirements in Texas Highway Department Standard Specifications, Item 302, Aggregates for Surface Treatments, unless otherwise noted herein. A!i sections apply except 302.5. Bids are to be in cast (in dollars) per cubic yard. Ali paving aggregate must be clean, free from dirt and clay. Aggregate that is not clean will be rejected. 2. Bid Form: Tie _._ Gra_d~ ------ A A A 3 5 did Unit Co~~ _---F.4.B.~ +~~Ii~r.~Pian~ /C Y $ 6.60 ICY ,`?~ 6.20 !CY Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations are shown in ITEM 302.4, Texas Department of Transportatjon 1982 Standard Specifications, Page 197, a copy of which is attached to this document for reference. Kerr County retains the right to add transportation charges to the unit prices shown above to determine the "l.ow bid" for a particular job site. This may result in mare than one supplier being "low bidder", depending on the locations of job sites. I do hereby certify that I have read the attached Special Instructions to Bidders and that prices quoted herein are to begin June 2, 1992 and be in effect until March 1, 1993. ,~ April 9 - 1992 - Signature _ ~ Y Date Firm Name and AddreSS; Drymala Sand & Gravel _... _Rt.. __1 Box 48 __. _..____..__._.___-_._._ _._..._ Comfort, Texas 78013 '~~~ `. if Corporation Phane: (51~ gg~_ - ~na~ PAVING AGGREGATE and ASPHALT EMULSION OIL March, 1992 ~~P~r OF• rE~,1~ F ~~~~~~~~~~YY~~± 3-23 KERB COUNTY ROAD & BRIDGE DEPARTMENT FRANKLIN JOHNSTON, P.E. COUNTY ENGINEER NQT~C~ T~ CUNTRACTnRS PROJECT: PAVING AGGREGATE & ASPHALT EMULSION OIL BID DATE AND TIME: APRIL 10, 1992 at 5:00 p.r~~~. Sealed Bids for the above referenced project will be received by the Kerr County Clerk, at 700 Main Street, Kerrville, Texas 78028. All bids must be on the Bid Form, attached to all Bid Documents. Bids received after time shown will not be accepted. Bids will be opened publicly and read aloud in Commissioner's Court, April 13, 1992, at 10:00 a.m. Bids wil! be awarded or rejected at the regular Commissioner's Court meeting April 27, 1992, s:~t 10:00. a.m. Contract Documents may he obtained from I~Cerr County Road & Bridge, 101 Spur 100, Kerrville, Texas 7x028. For Bids greater than $ 25,000.00, Performance & Payment Bonds are required. BID SECURITY and ACCEPTABLE SURETY information is specified in Special Instructions to Bidders, Page ~, Paragraph 5 and 6. Bidders shall place the following on tl~n oa.~tsidc~ of their sealed bid envelope: "Sealed Bids for Paving Aggregate & Asphalt Emulsion Oil" "Opening date: April 13, 1992 at 10:00 a.m." "Name and Address of Contractor" Payments will be made as specified in General {conditions of Agreement, Measurement & Payments, Page ~, r?,?rarlraph 5.03 and Pncfr~ 10, paragraph 5.OC thn~ 5.49. Franklin Johnston, P.E. County Engineer TABLE OF CONTENTS FCR SPECIAL INSTRUCTIONS AND GENERAL CONDITIONS OF AGREEMENT SPECIAL INSTRUCTIONS TO BIDDERS Page 1 . Receipt of Bids ................................................................................................................ 3 2. Accuracy of Bids ............................................................................................................. 3 3. Award of Contracts ......................................................................................................... 3 4. Form of Proposal ............................................................................................................ 3. 5. Bid Securiiy ................................................................................................................... 3 6. Acceptable Surety ........................................................................................................... 3 7. Conflicts and Ambiguities ............................................................................................... 3 8. Reservation of Rights ..................................................................................................... 3 9. Withdrawal and Amendmeni ........................................................................................... 3 GENERAL CONDITIONS OF AGREEA/ENT 1. DEFINITION OF TERMS 1 .01 Kerr County and Contractor ...........................................................................................4 1 .02 Contract Documents ........................................................................................................4 1.03 Sub-Contractor ..............................................................................................................4 1.04 Written Notice .................................................... ............................................................4 1.05 Work ................................................................... ............................................................4 1 .06 Extra Work ......................................................... ............................................................4 1.07 Working Day ....................................................... ............................................................4 1 .08 Calendar Day ...................................................... .............................................................4 1.09 Substantially Completed ..................................... ............................................................4 2. RESPONSIBILffIES OF KERB COUNTY AND THE CONTRACTOR 2.01 Inspections byl Kerr County ............................... .............................................:..............5 2.02 Payments for ~Nork ........................................................................................................5 2.03 Lines and Grades ................................................ .............................................................5 2.04 Contractor's Duty and Superintendence ............ .............................................................5 2.05 Contractor's Understanding ................................ ............................................................ 2.06 Sanitation ..... ~ ................................................. .... .............................................................5 2.07 Shop Drawings ................................................... .............................................................6 2.08 Approval ...................................... Preliminary .............................................................6 2.09 . Defects and Their Remedies ............................... ..............................................................6 2.10 Changes and Alterations ..................................................................................................6 3. GENERAL OBLIGATIONS AND RESPONSIBILITIES 3.01 Keeping of Plans and Specifications Accessible .............................................................7 3.02 Ownership of Drawings ..................................................................................................7 3.03 Discrepancies and Omissions .........................................................................................7 3.04 Equipment and Materials ................................................................................................7 3.05 Performance and Payment Bonds ...................................................................................7 2 3.06 Losses from Natural Causes 3.07 Protection of Adjoining Property ..................................................................................7 3.08 Protection Against Claims of Sub-Contractors, etc .......................................................7 3.09 Protection Against Royalties or Patented lnvention ......................................................7 3.1 0 Laws and Ordinances .......................................................................................................7 3.1 1 Assignment and Subletting .............................................................................................8 3.12 Indemnification ..............................................................................................................8 3.13 Certificate of Insurance .................................................................................................8 4. PROSECUTION AND PROGRESS 4.01 Time and Order of Completion ........................................................................................8 4.02 Extension of Time ...........................................................................................................8 5. MEASUREMENT AND PAYMENT 5.01 Quantities and Measuremenl ..........................................................................................9 5.02 Estimated Quantities .......................................................................................................9 5.03 Price of Work .................................................................................................................9 5.04 Partial Payment .............................................................................................................9 5.05 Use of Completed Poriions ..............................................................................................9 5.06 Final Completion and Acceptance .................................................................................1 0 5.07 Fina! Payment .............................................................................................................1 0 5.08 Payments Withheld .....................................................................................................1 0 5.09 Delayed Payments ........................................................................................................1 0 6. EXTRA WORK AND CLAIMS 6.0 i Change Orders .............................................................................................................. i 0 6.02 Minor Changes .............................................................................................................1 0 6.03 Extra Work ..................................................................................................................1 0 7. ABANDONMENT OF CONTRACT 7.01 Abandonment by Contractor ...........................................:............................................1 1 7.02 Abandonment by Owner ...............................................................................................1 2 SPECIAL 1NSTRUCTiONS TO BIDDERS 1 . RECEIPT OF BIDS. Sealed bids will be received at the place and until the time indicated in the Advertisement for Bids. All bids received will thereupon be opened and read aloud, except as provided in Paragraph 2 below. 2. ACCURACY OF SIDS. Each bid received will be presumed to be accurate and tree from error, unless clear and convincing evidence to the contrary be presented. No bid will be accepted from any bidder who shall have failed io perform in the past after being awarded a contract unless permitted by Commissioners' Court. 3. AWARD OF CONTRACTS. The Contract will not be awarded at the bid opening, but will be awarded at a subsequent meeting of the Kerr County Commissioners' Court. The Commissioners' Court will generally award a Construction Contract to the tow bidder, but is not bound io do so. In deciding whether to award the contract to a particular bidder, the Commissioners' Court wilt consider not only the adequacy of his equipment, his organization, his experience, his financial condition and his prior record of performance including, in particular, his prior record of performance on contracts with Kerr County. Kerr County reserves the rights to award the Contract io any bidder at any time within thirty days after the opening of the bids and to reject any and all bids. 4. FORM OF PROPOSAL. Each bid must be submitted on the form of Proposal prescribed by Kerr County, a copy of which is included in the Contract Documents. All money amounts shall be shown both in words and in figures; in case of discrepancy, the amount shown in words will govern. 5. BID SECURITY. Each bid must be accompanied by bank cashier's check, or by a Bid Bond on the form prescribed by Kerr County, a copy of which form is included in the Contract Documents, in the amount of live percent of the largest possible total bid or bids, including consideration of alternates. Such sum will be paid to Kerr County as liquidated damages in the event tha; the bidder, if awarded the Contract, should fail with-in ten days following the award to execute and return the Agreement, together with the Performance and Payment Bonds (if required) with acceptable surety. 6. ACCEPTABLE SURETY. By "acceptable surety" is meant an insurance company licensed by Texas State Board of Insurance to act as surety, and having an unblemished record, in the opinion of Kerr County, for faiil~ful performance during the preceding five years of all undertakings to Kerr County 7. CONFLICTS AND AMBIGUITIES. Kerr County will not be bound by any oral or other informal explanation of the requirements of tt~e Contract Documents. Any prospective bidder detecting a conflict or ambiguity in the Contract Documents should call the same to the attention of the County Engineer and request the issuance of clarifying addendum. 8. RESERVATION OF RIGHTS. Kerr County reserves the rights to award the Contract to any bidder at any time within thirty days after the opening of the bids and to reject any and all bids. 3 9. WITHDRAWAL AND AMENDMEtJT. Any bidder may withdraw or amend his bid at any time before the time for closing receipt of bids. Any such amendment must be in writing and sinned by the bidder. GENERAL CONDITIOtJS OF AGREEMENT 1. DEFINITIONS OF TERtfS 1 .01 KERR COUt•JTY, and CONTRACTOR. Kerr County, and the Contractor are those persons or organizations identified as such in the Agreement and are referred to throughout the Contract Documents as if singular in number and masculine in gender. 1 .02 CONTRACT DOCUMENTS. The Contract Documents shall consist of the tJotice 10 Contractors (Advertisement), Special Conditions (Instructions io Bidders), Proposal, Signed Agreement, Performance and Payment Bonds (when required), Special Plans, and all modifications thereof incorporated in any of ttie documents before tt~e execution of the agreement. 1.03 SUB-CONTRACTOR. The term Sub-Contractor, as employed herein, includes only those having a direct contract with the CONTRACTOR and if includes one who furnishes material worked to a special design according to the plans and specifications of this work, but does not include one who merely furnishes material not so worked. 1.04 WRITTEN NOTICE. Written notice shall be deemed to Have been duly served if delivered in person io the individual or to a member of ttre firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered mail to the last business address known to him who gives the notice. 1.05 WORK. The CONTRACTOR shall provide all materials, equipment, labor and other items necessary for the execution and completion of the work covered by the contract documen?s. Unless otherwise specified all materials shall be new and both workmanship and materials shall be of a good quality. Ttie CONTRACTOR shall, if required, furnish satisfactory evidence as to lire kind and quality of materials. Materials or work described in words which so applied have a wet! know technical or trade meaning shat{ be held to refer io such recognized standard:. 1.06 EXTRA VJORK. The term "Extra Work" as used in this contract shall be underst:~od to mean and include all work that may be required by KERR COUNTY to be done by the CONTRA :Tor=, to accomplish any change, alteration or addition to the work shown upon the plans, except as provided under "Changes and Alterations", herein. 1.07 WORKING DAl'. A "Working Day" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under control of ft~e CONTRACTOR, will permit construction of the principal units of the work for a period of no? less than seven(7) hours between 7:00 a.m. and 6:00 p.m. 1.08 CALENDAR DAY "Calendar Day" is any day of the week or month, no days being excepted. 1.09 SUBSTANTIALLY COMPLETED. By the term "substantially completed" is meant tha? the structure has been made suitable for use or occupancy o- the facility is in condition to serve i?s intended purpose, but still may require minor miscellaneous work or adjustment. 2. RESPONSIBILITIES OFKERR COUNTY A~~D THE CONTRACTOR 2.01 INSPECTION B1' KERR COUIJTY. Periodic visits will be made to tine site for familiarization of the progress of the executed work and fo determin© it such work meets ihG performance and design features and the technical and functional engineering requirement; c the Contract Documents tJolvrilhstanding any other provision of ibis agreement or any other Contract Document, KERR COUNTY shall not be in any vray responsible or liable for any aces, errors, omissions or negligence of the CONTRACTOR, any subcontractor or any of the '-/ s . CONTRACTOR'S or sukrontracior's agents, servants or employees or any other person, tern c; corporation performing or attempting to perform any o1 the work. 2.02 f'AYf~~E-iJ1;~ f C)ft 4"JOfif;.. r;[ lair CUIIrJIY sh;rll rr~vic~vr CUrJi[2nr;rc~rr'^ ;~pplication~, i ,- payment and supporf~ng d;i1;3, delernrine the anrounl owed to the CO[J1[3ACrU[l and approve-. ,., writing, payment to CONTRACIOEZ in such amounts. ' 2.03 LINES AND GRADES. Unless offrerwise specified, all lines and grades shall by furnished by the CONTRACTOR. All stakes, marks, etc., shall be carefully preserved by ih~ CONTRACTOR and shall be replaced at the CONTRACTOR'S expense. 2.04 CONTRACTOR'S DUTY AND SUPERINTENDEtJCE. The CONTRACTOR shall give adegr;at attention to the faithful prosecution and completion of the contract and shall keep on the t:irk, during its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the CONTRACTOR in his absence and all directions given io hi;r~ shall be as binding as if given io the CONTRACTOR. The CONTRACTOR is and at all limes shall remain an independent coniraclor, solely responsible for the manner and method of completing his vrork under ibis contract, wish fu'! power and authority to select the means, methods and manner of performing such work, so ipn-: as such methods do not adversely affect the completed improvements, KERB COUNTY being interested only in the result obtained and conformit}~ of such completed improvements to Ure plans, specifications and contract. Likewise, the CONT[~ACTOFt shall be solely responsible for the safely of himself, his employees and other persons, as well as for the: proiection fo the safely of the improvement being erected and the properly of himself or any other person, as a result of his operations hereunder. CONTRACTOR shall be fully and completely liable, al his own expense, for design, construction, installation and use, or non-use of all items and methods incident to performan~~ of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar i~~rr or devices used by him during construction. Any review of work in process, or any visit or observation during construction, or an} clarification of plans and specifications, by KERB COUNTY, whether through personal obser.-a„~ on the project site or by means of approval of shop drawings for temporary construction or construction processes, or by other means or method, is agreed by the CONTRACTOR to be I:~r ,, purpose of observing the extent and nature of work completed or being performed, as mea_ ~_r~--~ against the drawings and specifications constituting the coniraci, or for the purpose of ena`/ur;~: CONTRACTOR to more fully understand the plans and specifications so that the completed construction work will conform thereto, and shall in no way relieve the CONTRACTOR from fu and complete responsibility for the proper performance of his work on file project, includ~n~ but without limitaiion the propriety of means and designs, plans or oilier facilities for accomplishing such performance. Deviation by She COrTRACTOR from plans and Specifical~,n~. that may have been in evidence during any such visitation or observation by KERR COUNTY shy.! in no way relieve CONTRACTOR from his responsibility to complete all work in accordance ~.~:,1` said plans and specifications. 2.05 CONTRACTOR'S UfJDERSTANDING. li is understood and agreed that the CONTRACTC" has, b}~ careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quaniily of the materials to be encountered, the character of equipment and facilities needed preliminary to and during ii~~, prosecution of the vrork, the general such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. 2.10 CHANGES AtJD ALTERATIONS. The cONtRnclOr~ turlher agrees that KERR COUrJTI~ ma,~ make such changes and alterations as KERR COUNTY ma}~ see fit, in the line, grade, firm, dimensions, plans or materials for the vrork herein contemplated, or any part lhen•oi, Pithn' before or alter the beginning of the construction, without affecting the validil}^ of tt,is contrz~? and the accompanying Performance and Payment Bonds. If the amount of work is increased, and the vrork can fairly be classified under specifications, such increase shall be paid for according l0 the quantity actually done and a' tiles unit price, if any, established for such work under this contract, otherwise, such additional work shall be paid for as provided under Extra Vdork. 3. GENERAL OE3LIGATIOlJS AlJD RESPONSIBILITIES 3.01 KEEPING OF PLANS AtJD SPECIFICATIONS ACCESSIBLE. KERB COUNTY shall fur;u ;! ~ r: CONTRACTOR with an adequate and reasonable number of copies of all plans and specificat~on~ without expense to him, and the CONTRACTOR shall keep one copy of the same constantly accessible on the work, with the latest revisions noted thereon. 3.02 OWNERSHIP OF DRAWINGS. All drawings, specifications and copies thereof furri~` ~ -i by KERB COUNTY shall not be reused on other work, and, vriih the exception of the signet', c.rJi ~• :~,1 sets, are to be returned upon request, ai fhe completion of the work. 3.03 DISCREPANCIES AND OMISSIONS. It is further agreed that ii is the intent of ibis contract that all work must be done and all material must be furnished in accordance with th•~ generally accepted practice. 3.04 EQUIPt~1EN7 AND MATERIALS. The CONTRACTOR shall be responsible for the care, preservation, conservation and protection of all materials, equipment, and parts of the G:orr:, whether the CONTRACTOR has been paid, partially paid, or not paid for such work, until t~~e entire work is completed and accepted. 3.05 PERFORMANCE AND PAYMENT BONDS. Unless otherwise specified, it is further agreed by the parties to this contract that the CONTRACTOR will execute separate performance and payment bonds, each in the sum of one hundred {100) percent of the total contract ,~; ~~.~:. standard forms for this purpose, guaranteeing faithtul performance of thr work and the fulfillment of any guarantees required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the Cc n`~ and it is agreed that this Contract shall not be in effect until such performance and paym~~n~ bonds are furnished and approved by KL-RR COUNTY. 3.06 LOSES FROM NATURAL CAUSES. Unless otherwise specified, all loss or damage to t.~, CONTRACTOR arising out of the nature of the work to de done, or from the action of the elemrr•'~. or from any unforeseen circumstance in the prosecution of the same, or from Unusual obstructions or difficulties which may be encountered in the prosecution of the work, st;al sustained and borne by the CONTRACTOR ai his own cost and expense. 3.07 PROTECTION OF ADJOINING PROPERTY. The said CONTRACTOR shall take proper means ~_ protect the adjacent or adjoining property or properties in any way encountered, from an. damage or injury by reason of said process of construction; and he shall be liable for any any claims for such damage on account of his failure to fully protect al! adjoining property. 3.08 PROTECTION AGAINST CLAfiv1S OF SUB-COlJTRACTORS, LABORERS, MATERIALMEN ~^,~ :~ FURNISHERS OF MACHIlJERY, EQUIPMENT AND SUPPLIES. The CONTRACTOR agrees that h~- ~.. indemnify and save KERR COUNTY harmless from all claims growing out of the lawful deman~~ sub-contractors, laborers, mechanics, materialmen and furnishers of machinery and equipment parts thereof, and all supplies incurred in the furtherance of the performance o` t`~ contract. When so desired by KERR COUNTY, the CONTRACTOR shall furnish satisfactory e~~~~~^ .~ that all obligations of the nature f~ereinabove designated have been paid, discharged or wai~.~r 3.09 PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION. The CONTRACTOR sf~a' , all royalties and license fees, and shall provide for the use of any design, device, materia' process covered by Vetter patent or copyright by suitable legal agreement with the palent~~ ^~ owner. The CONTRACTOR shall defend all soils or claims for infringement of any patens ~~ copyright rights and shall indemnify and save KERR COUIJTY harmless from any loss on a~ ~ :~~' thereof. 3.10 LAWS AND ORDItJAtJCES. The CONTRACTOf~ shall al all times observe and comply vr;`, r; Federal, stale and local laws, ordinances and regulations, which in any manner affect the contract or the work, and shall indemnify and save harmless KERB COUNTY :.-rainst any cla~r~~ arising from the violation of any such laws, ordinances, and regulations w,i.cther by the CONTRACTOR or his employees, er,cepi where such violations are called for by the provisior~~ c ` the Contract Documents. If the CONTRACTOR observes that the plans and specifications are ; variance therewith, he shall promptly notify KERB COUtJTY in writing, and any necessary changes shall be adjusted as provided in the contract for changes in the work. (i the CONTRACTOR performs any work contrary to such laws, ordinances, rules and regulations, ~~n;~ without such notice to KERB COUNTY, he shall bear all costs arising therefrom. 3.11 ASSIGNMENT AND SUBLETTING. The CONTRACTOR further agrees It~at he will retain personal control and will give his personal attention to the fulfillment of this contract and iha; he will not assign by Power of Attorney, or otherwise, or sublet said contract without the written consent of KERR COUNTY, and that no part or feature of the work will be sublet to an~,~cn _~ objectionable to KERR COUNTY. The CONTRACTOR further agrees that the subletting of any portion or feature of the work, or materials required in the performance of this contract, ~'.~~! not relieve the CONTRACTOR from his full obligations 1o KERR COUNTY, as provided by this Agreement. 3.12. INDEMNIFICATION. "i he CONTRACTOR shall defend, indemnify and hold harmless KEFtr+ COUNTY and their respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgments and costs, including reasonable attorneys' fees any expenses, arising out of or resulting from the performance of the work. 3.13 INSURANCE. The CONTRACTOR at his own expense shall purchase, maintain and keep in force such insurance as vrill protect him from claims set forlti below which may arise out c` c• result from the CONTRACTOR'S operations under the Contract, whether such operations be h. himself or by any Subcontractor or by anyone directly or indirecl'y employed by any of there, or by anyone for whose acts any of them may be liable: 3.14 CERTIFICATE OF INSURANCE. Before commencing any of the work, CONTRACTOR sha!I t with KERR COUNTI' valid Certificates of Insurance and copy of the policy acceptable to KERR COUNTY. Such Certificates shall contain a provision that coverages afforded under the pofi~ies will not be cancelled until al least fifteen days' prior vrritten notice has been given to KERR COUNTY. The CONTRACTOR shall also file with I'Ef?R COl1tJTl' v,`tlid Certificates of Insurance coverin;t .III sutr-c:oritr;tclt~r:.. 4. PROSECUl ION AfJD PROGRESS 4.01 TIME At~fD ORDER Of= COMPLETION. It is the meaning and intent of this contract, tha; tip. CONTRACTOR shall be allowed 1o prosecute his work at such times and seasons, in such order ~ ` precedence, and in such manner as shall be most conducive to economy of construction: provided, hovrever, Thai the order and the time of prosecution shall be such that the work ~!~„!. be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the Prcoosal; provided, z!s: that when KERB COUNTY is having ocher work done, either by coniraci or b.~ his own force. The CONTRACTOR shall submit, ai such times as may reasonably be requested, scheduie~ which shall show the order in which the CONTRACTOR pro^oses to carry on the work, vrith ~~;~-- ai which the CONTRACTOR proposes to carry on the work, v; nth dales at which the CONTRACT l`~ will start the several parts of the work, and estimated dates of completion of the several ~:~~;~ c' ~, 4.02 EXTENSION OF TIt,1E. Should the CONTRl~,~;TOR be delayed in the c~mplelion of ih~ ,•. by any act or neglect of KERR COUPJTY, or ;~{ any employee of either, or b}~ other contraciorr employed by KERB COUNTY, or by changes ordered in the work, or by strikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes beyond the CONTRACTOR'S control, or by any cause which KERB COUNTY shall decide justifies the delay, then an extension of time shall be allowed for completing the work, sufficient to compensate for the delay, the amount of the extension to be determined by KERR COUNTY, provided, however, that the CONTRACTOR shall give KERB COUNTY prompt notice in writing of the cause of such delay. 5. MEASUREMENT AND PAYMENT 5.01 QUANTITIES AND MEASUREMENTS. No extra or customary measurements of any kind will be allowed, but the actual measured and/or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. 5.02 ESTIMATED QUANTITIES. This agreement, including Ilie specifications, plans and estimate, is intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. It is understood and agreed that the actual amount of work to be done and material to be furnished under this contract may differ somewlial Irom these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and the material furnished. 5.03 PRICE OF WORK. In consideration of the turnistiing of all the necessary labor, equipment and material, and the completion of all work by the CONTRACTOR, and on the completion of all work and of the delivery of all material embraced in this contract in full conformity with the specifications and stipulations herein contained, KERB COUNTY agrees to pay the CONTRACTOR the prices set forth in the Proposal hereto attached, which has been made a part of this contract. The CONTRACTOR hereby agrees to receive such prices in full for furnishing all material and a!I labor required for the aforesaid work, also for all expense incurred by him, and for well and truly performing the same and whole thereof in tl~e manner and according to this Agreement. 5.04 PARTIAL PAYMENT. On or before theist day of each month, the CONTRACTOR shall prepare and submit to KE=1ifz COUNi~Y for approval a statement showing as completely as practicable the total value of the wurlc done by the CUN1tZnCTCOR up to and including the last day of the preceding month; said statement shall also include the value of all materials delivered on the site of the work that are la be fabricated into the work. KERR COUNTY shall then pay the CONTRACTOR on or before the 15th day of the current month the total amount of the approved statement, less 10 per cent of the amount thereof, which 10 per cent shall be retained until final payment, and further less all previous payments and all further sums that may be retained by KERB COUNTY under the terms of this Agreement. It is understood, however, that incase the whole work be near 1o completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the CONTRACTOR, KERR COUNTY may pay a reasonable and equitable portion of the retained percentage to the CONTRACTOR; or the CONTRACTOR at KERB COUNTY'S option, may be relieved of il~e obligation to fully complete the work and, thereupon, the CONTRACTOR shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment." 5.05 USE OF COMPLETED PORTIONS. KERR COUNTY small Dave the right to take possession of and use any completed or partially completed portions of the vrork, notwithstanding the lime for completing the entire work or such portions may not have expired but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost of or delays the work, tt~e CONTRACTOR shalt be entitled to such extra compensation, or extension of time, or both, as KERB COUNTY may determine. y 10 The CONTRACTOR shall notify KEFZR COUPJTY when, in the CniJTRACTOR'S opinion, the c~nlr,rct ir. "SUbaanlially cornpletr.ri" :loci whr~n sn nc~lityirrct Kt It(Z ~:r~trtJll', 1ha CONlflnc;lU11 Shull (urru~.l~ t Kt"Ftft COUtJ'fY in wrilin(I ,~ clr~tnilr~cl list c>1 unlirri~a~r~cl w<,rl~„ I;I~I~IZ Ct7l1tJ t Y will roviaw t1u~ CONIRAC70R'S IiSI ut uriliiii~thurt work ,rnd Wray rufcf lhcrr~to Such (toms as Ilia CONIRACTC)1t ri~,i,,~ have tailed to include. 1 fie " ;ubstanlial completion" of the structure or facility shall not excuse ttTe CONTRACTOR from performing all of the work undertaken wtTelher of a minor or major nature, and lf~ereby completing the structure or facility in accordance wish itTe Contract Documents. 5.06 FINAL COMPLETION AND ACCEPTANCE. Within ten (10) days aster the CONTRACTOR has given KERB COUNTY written notice that the work has been completed, or substantially completed, KERB COUNTY shall inspect the work, KERB COUNTY shall issue the CONTRACTOR a Certificate of Acceptance, or advise the CONTRACTOR in writing of the reason for non-acceptance. 5.07 FINAL PAYMENT. KERR COUNTY shall pay to the CONTRACTOR on or after the 30th day, and before the 35th day, after the date of the Certificate of Acceptance, the balance due the CONTRACTOR under the terms of this contract; and said payment shall become due in any event upon said performance by 1fTe CONTRACTOR. NeillTer IITe Certificate of Acceptance nor ttie final payment, nor any provision in the Contract Docurents, shall relieve the CONTRACTOR of the obligation for fulfillment of any warranty which may be required. 5.08 PAYMENTS WITHHELD. KERR COUNTY may, on account of subsequently discovered evidence, withhold or nullify tl~e whole or part of any certificate to such extent as may be necessary to protect himself from loss. 5.09 DELAYED PAYMENTS. Should KERR COUNTY fail to make payrnenl io the CONTRACTOR of the sum named in the final statement, when payment is due, KERB COUNTY shall pa,~ to the CONTRACTOR, in addition to the sum shown as due by such stater rent, interest ':hereon at the rate of six (6) per cent per annum, unless otherwise specified, from date due as provided under "Partial Payments" and "Final Payments", until fully paid, whictr shall fully liquidate any injury to the CONTRACTOR growing out of such delay in payment. 6. EXTRA WORK AND CLAIMS 6.01 CHANGE ORDERS. Without invalidating this Agreement, KERR COUNTY may, al any time or from time io time, order additions, deir,~lions or revisions to the work; such changes will be authorized by Change Order to be prepared by KERR COUNTY for execution by the CONTRACTORZ. The change Order shall set forth the basis for any change in contract price, as hereinafter set forth for Extra Work, and any change in contract time which may result from the change. 6.02 MINOR CHANGES. KERR COUNTY may authorize minor changes in the work not inconsister;t with the overall intent of the Conlraci Documents and not involving an increase in Contract Price. If the CONTRACTOR believes that any minor change or alteration authorized by KERB COUNTY involves Extra Work and entitles him to an increase in the Contract Price, the CONTRACTOR shall make written request to KERR COUNTY for a written Field Order. Any request by the CONTRACTOR for a change in Contract Price shall br: made prior to beginninc the work covered by tl~e proposed change. 6.03 EXTRA WORK. It is agreed chat the basis of compensation to the CONTRAC-iOR for work either added or deleted by a Change Order or for which a claim for Extra Work i~ made shat! be determined by one or more of tlTe following methods: Method (A) -Use unit & bid or agreement; or Method (B) - By agreed lump sum; or Method (C) - It neither Method (A) nor Method (B) be agreed upon before the Extra Work is commenced, then the CONTRACTOR shall be paid the "actual field cost" of the work, plus fifteen (15) percent. 7. ABANDONMENT OF CONTRACT 7.01 ABANDONMENT 13Y CONTRACT"Ofd. In crise the CON l ftACTOR should abandon and fail or refuse to resume work within fen (10) days after written notification from KERR COUNTY, or if the CONTRACTOR fails to comply with tf~e orders of KERR COUNTY, when such orders are consistent with the Contract Documents, then, and in that case, where performance and payment bonds exist, the Sureties on these bonds shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the CONTRACTOR. After receiving said notice of abandonment the CONTRACTOR shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under contract for the work, may be held for use on the work by KERR COUNTY or the Surety on the performance bond, or another contractor is completion of it~e work; and the CONTRACTOR shall not receive any rental or credit thereof {except when used in connection with Extra Work, where credit shall be allowed as provided for under Section 6, Extra Work and Claims), ii being understood that the use of such equipment and materials may ultimately reduce the cost 1o complete the work and may be reflected in the final settlement. Where there is no performance bond provided or in case the Surety should tail to commence compliance with the notice for completion hereinbefore provided tor, within the ten (10) days after service of such notice, then KERR COUNTY may provide for completion of the work in either of the following elective manners: 7.01.1 KERB COUNTY may thereupon employ such force of men and use such equipment, and materials as KERB COUNTY may deem necessary to complete the work and charge the expense of such labor, equipment, and materials to said CONTRACTOR, and expense so charged shall be deducted and paid by KERB COUNTY out of such monies as may be due, or that may thereafter at any time become due to the CONTRACTOR under and by virtue of this Agreement. 7.01.2 KERB COUNTY under sealed bids, after a minimum of 14 calendar days notice published one or more times in a newspaper having general circulation in the county of the location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case any increase in cost to KERB COUNTY under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the CONTRACTOR and the Surety shall be and remain bound therefor. When the work shall have been substantially completed tl~e CONTRACTOR and his Surety shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06 hereinabove, shall be issued. A completion itemized statement of the contract accounts, certified to by KERB COUNTY as being correct, shall then be prepared and delivered to the CONTRACTOR and his Surety, whereupon the CONTRACTOR and/or his Surely, shall pay the balance due as reflected by said statement, within (15) days after the date of such Certificate of Completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost fo KERR COUNTY had the work been completed by the CONTRACTOR under the terms of this contract; or when tt~e CONTRACTOR and/or his Surety shall pay the balance shown to be due by them to KERR COUNTY, then all machinery, equipment, tools, materials or supplies left of the site of the work shall be turned over to the CONTRACTOR and~'or his Surety. should the cost to complete the work exceed the contract price, and the CONTRACTOR and/or his Surety fail to pay the amount due KERR COUNTY within the time designated hereinabove, and there remains any equipment and materials on the site of tfie work, notice thereof, together with an itemized list of such equipment and materials, shall be mailed to the CONTRACTOR and his Surety ~r1 the rr,shective addresses desiUnated in this contract, provided, however, that actual written notice given in any manner will satisfy This condition. After mailing, or other givinct of such notice, such properly :hall be' held at the risk of the CONTRACIOFZ and his Surely suk~jecl only to the duty of K[?tttt COUNTY Io exercise ordinary care lu protect such properly. After fifteen (15) days from the date of said notice KEf~R COUNTY may take possession and sell or retain such equipment and materials and apply the value derived to the credit of the CONTRACTOR and his Surety. KERR COUNTY shall release any equipment and materials which remain on the work, and belong to persons other tf~an tt~e CONTRACTOR or his Surety, to their proper owners. The books on all operations provided herein shall be open to the CONTRACTOR and his Surety. 7.02 ABANDONMENT BY OWNER. In case KERR COUtJ1~Y shall fail to comply with the terms of this contract, and should fail or reluse to comply with said terms within ton (10) days after written notification f,y the Cc-~N"r~r~nCiOri, 11-en the CONTt~nCTO(~ may suspend or wholly abandon the work, and may remove Iherelrom all equipment and all materials on the site of work that have not been included in payments to the CONTRACTOR and have not been brought into the work. And thereupon KERB COUNTY shall make an estimate of the total amount earned by the CONTRACTOR, which estimate shall include the value of all work actually completed by said CONTRACTOR (ai the prices stated in the attached proposal where unit prices are used), the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the CONTRACTOR to carry the whole work to completion and which cannot be utilized. KERR COUNTY shall then make a final statement of the balance due the CONTRACTOR by deducting from the above estimate all previous payments by KERB COUNTY and all other sums that may be retained by KERR COUNTY under the terms of this Agreement and KERR COUNTY shall pay io the CONTRACTOR on or before thirty (30) days after the dale of tine notification by the CONTRACTOR the balance shown by said final statements as due the CONTRACTOR, under the terms of this Agreement. 1~ FMUr.sroNs SPECIFICATIONS AND BID ~'oRM 1. Specifications: Emulsions shall conform to the requirements in Texas Highway Department Standard Specifications, Item 300, Asphalt, Oils and Emulsions, CRS - 2h or HFRS - 2, and MS - 1. Bids are to be in cost (in dollars) per gallon, delivered to Kerrville, Kerr County, Texas. 2. Iiid Torm: Tvoe Bi¢ Unit Co~.~ CRS - 2h $____________~Callon or MFRS - 2 $____________/Gallon MS ~- 1 $---__________/G ~r l i on I do hereby certify that I have read the ,attached Special Instructions to Bidders and that prices quoted herein are to begin June 2, 1992 and be in effect until March 1, 1 X9:1. Signature Firm Name and Address: ____-.- T~ate_ __ Phone: ( ) .- - _ S~3A1L if Corporation S`A:. COAT FRFFARATIONS SEAT. C.CAT DESIGN Aggregate Grade The gradation of aggregate will vary depending upon the type of aggre- gate and volume of traffic. Normally, grades 4 and 5 (in the chart below) are used on most seal coats. Grade 4 would be used on roads with a higher traffic volume; Grade 5 on those with a lower volume of traffic. Percent by UNCOATED Weighr Grade 3: Retained on 3/4" sieve .................. 0 Retained on 5/8" sieve .................. 0 - 2 Retained or. 1/2" sieve .................. 20 - 35 Retained on 3/F" sieve .................. 85 - 100 Retained on 1/4" sieve .................. 45 - 100 Retained on No, 10 sieve ................ 99 - 100 Grade =+: Retained en 5/8" sieve .................. 0 Retained on 1/2" sieve .................. 0 - 2 Retained en 3/8" sieve.... ............... 20 - 35 Retained on No. 4 sieve ................. 95 - 100 Retained on No. 10 sieve ................ 99 - i00 Grade ~: Retained nn 1/2" sieve .................. 0 Retained on 3/8" sieti•e .................. 0 - 5 Retained on No, 4 sieve ................. 40 - F5 Retained on No, 10 sieve ................ 98 - 100 Retained on Na, ;?f) sieve ................ 9° - 1J~i ~J~`E ~ ~3 i9v~ /o.cc f rr.„ ~~~~- ~ ~' i_ ~~~ ~ ~~~ 7d~/3 SPA a Ot'E ,T~~ ~ ~ NOTICE TO CONTRACTORS PROJECT: PAVING AGGREGATE & ASPHALT EMULSION OIL BID DATE AND TIME: APRIL 10, 1992 at 5:00 p.m. Sealed Bids for the above referenced project will be received by the Kerr County Clerk, at 700 Main Street, Kerrville, Texas 78028. Alt bids must be on the Bid Form, attached to all Bid Documents. Bids received after time shown will not be accepted. Bids will be opened publicly and read aloud in Commissioner's Court, April 13, 1992, at 10:00 a.m. Bids will be awarded or rejected at the regular Commissioner's Court meeting April 27, 1992, at 10:00. a.m. Contract Documents may be obtained from Kerr County Road & Bridge, 101 Spur 100, Kerrville, Texas 78028. For Bids greater than $ 25,000.00, Performance & Payment Bonds are required. BID SECURITY and ACCEPTABLE SURETY information is specified in Special Instructions to Bidders, Page 3, Paragraph 5 and 6. Bidders shall place the following on the outside of their sealed bid envelope: "Sealed Bids for Paving Aggregate & Asphalt Emulsion Oil" "Opening date: April 13, 1992 at 10:00 a.m." "Name and Address of Contractor" Payments will be made as specified in General Conditions of Agreement, Measurement & Payments, Page 9, paragraph 5.03 and Page 10, paragraph 5.06 thru 5.09. Franklin Johnston, P.F_. County Engineer .r - - -- TEXAS FUEL & ASPHALT CO., INC. `' 6746 UPRIVER RD., P.O. BOX 9605 CORPUS CHRISTI, TX 78469 ;;;: :~ `~;- w Kerr County Clerks Office 700 Plain St. Kerrville, Texas 78028 ~, ,-,. ~ . - _. ., - I _.. _ _._ .,.-_. _. _..,. - w._.. .. ..t PAVING AGGREGATE, SPECIFICATIONS ANC? BID FORM 1. Specifications: Paving aggregates shall conform to the requirements in Texas Highway Department Standard Specifications, Item 302, Aggregates for Surface Treatments, unless otherwise noted herein. All sections apply except 302.5. Bids are to be in cost (in dofiars) per cubic yard. Ali paving aggregate must be clean, free from dirt and clay. Aggregate that is not clean will be.rejected. 2. Bid Form: !~_l~~t_Cs~~i T~.~e Grad~_------_. A 3 A 4 A 5 _ .... _. _..._ F.4.B ~~,~pi ~1 .rs Plant g /CY /CY Suppliers shall match as closely as possible, the gradation as required for the above Grades. The gradations are shown in ITEM 302.4, Texas Department of Transportation 1982 Standard Specifications, Page 197, a copy of which is attached to this document for reference. Kerr County retains the right to add transportation charges to the unit prices shown above to determine the "Low bid" for a particular job site. This may res~.rlt in more than one supplier being "low bidder", depending on the I~cations of job sites. 1 do hereby certify that I have read the attached Special instructions to Bidders and that prices quoted herein are to begin June 2, 1992 and be in effect ~rntil March 1, 1993. - ' Signature vase Firm Name and Address: __ _-.-_-~y~ ~ -_-.---_ G.c:-,--- -- ~ bX __~,1. fl. ~cr- ,j~/a~.-~T ------_ - ---- -- U ,n~- ~ -.z ~ 4> 1.-- ~~~°~«, if Corporation Phone: ( ) -3~ ` } ...,- J/,~/~1~. ~~~ / ~' ( /~ ~~ , ~ (/~ ~4ay o A.O.147i~~- ~~'~L~-~~~'~ oue~A unry.Teu~ Depot! GY ~~~~1~~~ D O ~~~~~~~ ~' PAVING AGGREGATE and ASPHALT EMULSION X711_ March, 1992 ~`~~~'~ oF~ rE,~,~~ f w~r~u• w.wrr~ f~/j ANKLIN ElMO lOHNSTO' 3-Z3 KERB COUNTY ROAD & BRIDGE DEPARTMENT FRANKLIN JOHNSTON, P.C=, COUNTY ENGINEER NaTICE TQ CUNTRA,CTt;)RS PROJECT: PAVING AGGREGATE & ASPHALT EMULSION OIL BID DATE AND TIME: APRIL. 10, 1992 at 5:OC` (~.'~t. Sealed Bids for the above referenced project will be received by the Kerr County Clerk, at 700 Main Street, Kerrville, Texas 78028. AI( bids must be on the Bid Form, attached to III Bid Documents. Bids received after time shown will not be accepted. Bids will be opened publicly and read aloud in Commissioner's Court, Apri{ 13, 1992, at 10:00 a.m. Bids will be awarded or rejected at the regular Commissioner's Court meeting Apri! 27, 1992, nt j 11:00. a.m. Contract Documents may be obtained from I~ID FORM 1. Specifications: Emulsions shall conform to the requirements in Texas Highway Department Standard Specifications, Item 300, Asphalt, Oils and Emulsions, CRS - 2h or HFRS - 2, and MS - 1. Bids are to be in cost (in dollars) per gallon, delivered to Kerrville, Kerr County, Texas. 2. Bid Torm: 'I y.,pe Ijid _LJnit ('pit CRS - 21t $______ !